Notice Information
Notice Title
Water Quality (Legionella) servicing and maintenance
Notice Description
This Voluntary Ex Ante Transparency Notice (VEAT) Notice indicates that Southampton City Council (the Council) a Contracting Authority, intends to directly award a Public Contract under Regulation 32(b)(ii) of the Public Contracts Regulations 2015, for the provision of water quality monitoring and analytical services for a proposed transitional period of 24 months. The provisions of Regulation 32(b)(ii) are being followed by the Council in circumstances where the Council, a duty holder under the applicable health and safety legislation and the Approved Code of Practice and guidance, requires a continuity of the existing water quality monitoring and analytical services provided by the incumbent to cover a transitional period. Where the Council does not implement suitable and sufficient arrangements to ensure the continuity of the services, the Council foresees that risks associated with the proliferation of legionella bacteria in the Council's building assets may increase. The Council has published its tender for the water quality monitoring and analytical services and a mechanical and electrical asset lifecycle condition surveying contract. Upon the conclusion of the Council's tender, the Council shall award a contract to a capable supplier of these services. And the Council, to ensure continuity of services during the mobilisation phase of the new contract (the transitional period), requires the incumbent to continue to implement legionella prevention control measures in accordance with the incumbent's existing recommendations where these have been set out in the incumbent's water quality risk assessments. Whilst the Council proposes to retain the services of the incumbent during the transitional period, the Council shall not instruct the incumbent to carry any new water quality risk assessments, and accordingly, the volume of the existing water quality control measures the incumbent shall carry out shall dimmish during the transitional period as the new supplier mobilises to increase the carrying out of new water quality risk assessments and mechanical and electrical asset condition surveys in accordance with the Council's requirements. At the end of the mobilisation phase as provided for, the new supplier shall be carrying out water quality risk assessments and implementing control measures in connection with all of the Council's building assets.
Lot Information
Lot 1
This Voluntary Ex Ante Transparency Notice (VEAT) Notice indicates that Southampton City Council (the Council) a Contracting Authority, intends to directly award a Public Contract under Regulation 32(b)(ii) of the Public Contracts Regulations 2015, for the provision of water quality monitoring and analytical services for a proposed transitional period of 24 months. The provisions of Regulation 32(b)(ii) are being followed by the Council in circumstances where the Council, a duty holder under the applicable health and safety legislation and the Approved Code of Practice and guidance, requires a continuity of the existing water quality monitoring and analytical services provided by the incumbent to cover a transitional period. Where the Council does not implement suitable and sufficient arrangements to ensure the continuity of the services, the Council foresees that risks associated with the proliferation of legionella bacteria in the Council's building assets may increase. The Council has published its tender for the water quality monitoring and analytical services and a mechanical and electrical asset lifecycle condition surveying contract. Upon the conclusion of the Council's tender, the Council shall award a contract to a capable supplier of these services. And the Council, to ensure continuity of services during the mobilisation phase of the new contract (the transitional period), requires the incumbent to continue to implement legionella prevention control measures in accordance with the incumbent's existing recommendations where these have been set out in the incumbent's water quality risk assessments. Whilst the Council proposes to retain the services of the incumbent during the transitional period, the Council shall not instruct the incumbent to carry any new water quality risk assessments, and accordingly, the volume of the existing water quality control measures the incumbent shall carry out shall dimmish during the transitional period as the new supplier mobilises to increase the carrying out of new water quality risk assessments and mechanical and electrical asset condition surveys in accordance with the Council's requirements. At the end of the mobilisation phase as provided for, the new supplier shall be carrying out water quality risk assessments and implementing control measures in connection with all of the Council's building assets.
Procurement Information
This Voluntary Ex Ante Transparency Notice (VEAT) Notice indicates that Southampton City Council (the Council) a Contracting Authority, intends to directly award a Public Contract under Regulation 32(b)(ii) of the Public Contracts Regulations 2015, for the provision of water quality monitoring and analytical services for a proposed transitional period of 24 months. The provisions of Regulation 32(b)(ii) are being followed by the Council in circumstances where the Council, a duty holder under the applicable health and safety legislation and the Approved Code of Practice and guidance, requires a continuity of the existing water quality monitoring and analytical services provided by the incumbent to cover a transitional period. Where the Council does not implement suitable and sufficient arrangements to ensure the continuity of the services, the Council foresees that risks associated with the proliferation of legionella bacteria in the Council's building assets may increase. The Council has published its tender for the water quality monitoring and analytical services and a mechanical and electrical asset lifecycle condition surveying contract. Upon the conclusion of the Council's tender, the Council shall award a contract to a capable supplier of these services. And the Council, to ensure continuity of services during the mobilisation phase of the new contract (the transitional period), requires the incumbent to continue to implement legionella prevention control measures in accordance with the incumbent's existing recommendations where these have been set out in the incumbent's water quality risk assessments. Whilst the Council proposes to retain the services of the incumbent during the transitional period, the Council shall not instruct the incumbent to carry any new water quality risk assessments, and accordingly, the volume of the existing water quality control measures the incumbent shall carry out shall dimmish during the transitional period as the new supplier mobilises to increase the carrying out of new water quality risk assessments and mechanical and electrical asset condition surveys in accordance with the Council's requirements. At the end of the mobilisation phase as provided for, the new supplier shall be carrying out water quality risk assessments and implementing control measures in connection with all of the Council's building assets.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04b40e
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/035804-2024
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Limited
- Procurement Method Details
- Award procedure without prior publication of a call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71800000 - Consulting services for water-supply and waste consultancy
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £233,134 £100K-£500K
Notice Dates
- Publication Date
- 5 Nov 20241 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 5 Nov 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SOUTHAMPTON CITY COUNCIL
- Contact Name
- Not specified
- Contact Email
- procurement@southampton.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- SOUTHAMPTON
- Postcode
- N/A
- Post Town
- Not specified
- Country
- Not specified
-
- Major Region (ITL 1)
- Not specified
- Basic Region (ITL 2)
- Not specified
- Small Region (ITL 3)
- Not specified
- Delivery Location
- TLJ32 Southampton
-
- Local Authority
- Not specified
- Electoral Ward
- Not specified
- Westminster Constituency
- Not specified
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-04b40e-2024-11-05T14:12:32Z",
"date": "2024-11-05T14:12:32Z",
"ocid": "ocds-h6vhtk-04b40e",
"initiationType": "tender",
"tender": {
"id": "DN2691",
"legalBasis": {
"id": "32014L0023",
"scheme": "CELEX"
},
"title": "Water Quality (Legionella) servicing and maintenance",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "71800000",
"description": "Consulting services for water-supply and waste consultancy"
},
"mainProcurementCategory": "services",
"description": "This Voluntary Ex Ante Transparency Notice (VEAT) Notice indicates that Southampton City Council (the Council) a Contracting Authority, intends to directly award a Public Contract under Regulation 32(b)(ii) of the Public Contracts Regulations 2015, for the provision of water quality monitoring and analytical services for a proposed transitional period of 24 months. The provisions of Regulation 32(b)(ii) are being followed by the Council in circumstances where the Council, a duty holder under the applicable health and safety legislation and the Approved Code of Practice and guidance, requires a continuity of the existing water quality monitoring and analytical services provided by the incumbent to cover a transitional period. Where the Council does not implement suitable and sufficient arrangements to ensure the continuity of the services, the Council foresees that risks associated with the proliferation of legionella bacteria in the Council's building assets may increase. The Council has published its tender for the water quality monitoring and analytical services and a mechanical and electrical asset lifecycle condition surveying contract. Upon the conclusion of the Council's tender, the Council shall award a contract to a capable supplier of these services. And the Council, to ensure continuity of services during the mobilisation phase of the new contract (the transitional period), requires the incumbent to continue to implement legionella prevention control measures in accordance with the incumbent's existing recommendations where these have been set out in the incumbent's water quality risk assessments. Whilst the Council proposes to retain the services of the incumbent during the transitional period, the Council shall not instruct the incumbent to carry any new water quality risk assessments, and accordingly, the volume of the existing water quality control measures the incumbent shall carry out shall dimmish during the transitional period as the new supplier mobilises to increase the carrying out of new water quality risk assessments and mechanical and electrical asset condition surveys in accordance with the Council's requirements. At the end of the mobilisation phase as provided for, the new supplier shall be carrying out water quality risk assessments and implementing control measures in connection with all of the Council's building assets.",
"lots": [
{
"id": "1",
"description": "This Voluntary Ex Ante Transparency Notice (VEAT) Notice indicates that Southampton City Council (the Council) a Contracting Authority, intends to directly award a Public Contract under Regulation 32(b)(ii) of the Public Contracts Regulations 2015, for the provision of water quality monitoring and analytical services for a proposed transitional period of 24 months. The provisions of Regulation 32(b)(ii) are being followed by the Council in circumstances where the Council, a duty holder under the applicable health and safety legislation and the Approved Code of Practice and guidance, requires a continuity of the existing water quality monitoring and analytical services provided by the incumbent to cover a transitional period. Where the Council does not implement suitable and sufficient arrangements to ensure the continuity of the services, the Council foresees that risks associated with the proliferation of legionella bacteria in the Council's building assets may increase. The Council has published its tender for the water quality monitoring and analytical services and a mechanical and electrical asset lifecycle condition surveying contract. Upon the conclusion of the Council's tender, the Council shall award a contract to a capable supplier of these services. And the Council, to ensure continuity of services during the mobilisation phase of the new contract (the transitional period), requires the incumbent to continue to implement legionella prevention control measures in accordance with the incumbent's existing recommendations where these have been set out in the incumbent's water quality risk assessments. Whilst the Council proposes to retain the services of the incumbent during the transitional period, the Council shall not instruct the incumbent to carry any new water quality risk assessments, and accordingly, the volume of the existing water quality control measures the incumbent shall carry out shall dimmish during the transitional period as the new supplier mobilises to increase the carrying out of new water quality risk assessments and mechanical and electrical asset condition surveys in accordance with the Council's requirements. At the end of the mobilisation phase as provided for, the new supplier shall be carrying out water quality risk assessments and implementing control measures in connection with all of the Council's building assets.",
"hasOptions": false
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKJ32"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Award procedure without prior publication of a call for competition",
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_OUTSIDE_SCOPE",
"description": "The procurement falls outside the scope of application of the directive"
}
],
"procurementMethodRationale": "This Voluntary Ex Ante Transparency Notice (VEAT) Notice indicates that Southampton City Council (the Council) a Contracting Authority, intends to directly award a Public Contract under Regulation 32(b)(ii) of the Public Contracts Regulations 2015, for the provision of water quality monitoring and analytical services for a proposed transitional period of 24 months. The provisions of Regulation 32(b)(ii) are being followed by the Council in circumstances where the Council, a duty holder under the applicable health and safety legislation and the Approved Code of Practice and guidance, requires a continuity of the existing water quality monitoring and analytical services provided by the incumbent to cover a transitional period. Where the Council does not implement suitable and sufficient arrangements to ensure the continuity of the services, the Council foresees that risks associated with the proliferation of legionella bacteria in the Council's building assets may increase. The Council has published its tender for the water quality monitoring and analytical services and a mechanical and electrical asset lifecycle condition surveying contract. Upon the conclusion of the Council's tender, the Council shall award a contract to a capable supplier of these services. And the Council, to ensure continuity of services during the mobilisation phase of the new contract (the transitional period), requires the incumbent to continue to implement legionella prevention control measures in accordance with the incumbent's existing recommendations where these have been set out in the incumbent's water quality risk assessments. Whilst the Council proposes to retain the services of the incumbent during the transitional period, the Council shall not instruct the incumbent to carry any new water quality risk assessments, and accordingly, the volume of the existing water quality control measures the incumbent shall carry out shall dimmish during the transitional period as the new supplier mobilises to increase the carrying out of new water quality risk assessments and mechanical and electrical asset condition surveys in accordance with the Council's requirements. At the end of the mobilisation phase as provided for, the new supplier shall be carrying out water quality risk assessments and implementing control measures in connection with all of the Council's building assets."
},
"awards": [
{
"id": "035804-2024-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-129209",
"name": "FREESTON WATER TREATMENT LIMITED"
}
]
}
],
"parties": [
{
"id": "GB-FTS-33033",
"name": "Southampton City Council",
"identifier": {
"legalName": "Southampton City Council"
},
"address": {
"locality": "Southampton",
"region": "UKJ32",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "procurement@southampton.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.southampton.gov.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-129209",
"name": "FREESTON WATER TREATMENT LIMITED",
"identifier": {
"legalName": "FREESTON WATER TREATMENT LIMITED"
},
"address": {
"streetAddress": "Unit 1 Lulworth Business Centre, Nutwood Way Calmore Industrial Estate, Totton, Southampton, Hampshire, SO40 3WW",
"locality": "Southampton",
"region": "UKJ32",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-136",
"name": "High Court of England and Wales",
"identifier": {
"legalName": "High Court of England and Wales"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-33033",
"name": "Southampton City Council"
},
"contracts": [
{
"id": "035804-2024-1",
"awardID": "035804-2024-1",
"status": "active",
"value": {
"amount": 233134,
"currency": "GBP"
},
"dateSigned": "2024-11-05T00:00:00Z"
}
],
"language": "en"
}